AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), is soliciting proposals for AMG Spares to support the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G. This is a Total Small Business Set-Aside for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The overall response deadline for remaining NSNs is March 13, 2026.
Scope of Work
This acquisition is for the procurement of spare parts to support the CECOM Mast Group. While the original solicitation covered fourteen items, several National Stock Numbers (NSNs) have been closed by subsequent amendments. The currently active items for procurement, as detailed in the solicitation, include:
- NSN 5985-01-192-2031: Antenna Positioner (Estimated Annual QTY 8)
- NSN 3010-01-668-7226: Speed Gear Assembly (Estimated Annual QTY 7)
- NSN 5985-01-126-2479: Mast Control (Estimated Annual QTY 6)
- NSN 5985-01-191-2231: Antenna Support (Estimated Annual QTY 3)
- NSN 6110-01-117-8279: Distribution Box (Estimated Annual QTY 2)
- NSN 5985-01-191-2232: Stabilizing Strut (Estimated Annual QTY 2)
Estimated annual quantities are for planning only. The government intends to make multiple awards on an item-by-item basis, with one awardee per item.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) Long-Term Contract (LTC).
- Period of Performance: One five-year base period with no option years.
- Maximum Contract Value: $13,000,000 for all awards (single and combined).
- Guaranteed Minimum: $25,000, split evenly among awardees if multiple awards are made.
Key Requirements
- First Article Testing (FAT): Required unless waived by CECOM, per FAR 52.209-3. Instructions for FAT and waiver requests are in Exhibit A - Technical Requirements Document.
- Technical Data Packages (TDPs): Subject to International Traffic in Arms Regulations (ITAR). Access requires active status in the Defense Logistics Agency Joint Certification Program (JCP). TDPs will be uploaded to DOD SAFE Access File Exchange (SAFE).
- Packaging: Must comply with MIL-STD-2073-1E or SPI AG00000339, and ISPM 15 for wood packaging.
- Inspection/Acceptance: At origin.
- Delivery: FOB Destination.
Submission & Evaluation
- Method: FAR Part 15, Contract by Negotiation, utilizing the Tradeoff method. Tradeoff procedures will not be used if only one offer is received for a given NSN.
- Criteria: See Sections L and M for detailed proposal and evaluation criteria, including cost and non-cost factors.
- Deadlines:
- NSN 5895-01-163-3644: Closed by Amendment 0005.
- NSNs 4320-01-259-0796, 4320-01-241-5051, 5985-01-126-2478: Closed by Amendment 0003.
- All remaining NSNs: Proposals due by March 13, 2026.
- Important Note: Failure to provide all requested information may render a proposal nonresponsive.
Points of Contact
- Primary: Keaneesha A. Canady (keaneesha.a.canady@dla.mil)
- Secondary: Kyle White (kyle.white@dla.mil)